Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
MODIFICATION

Z -- Nez Perce-Clearwater NFs - Crooked River Valley Rehabilitation Phase 1 - Amendment 1

Notice Date
5/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-1 IMAT: Clearwater; Idaho Panhandle; Kootenai; and Nez Perce NF's, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363, United States
 
ZIP Code
83815-8363
 
Solicitation Number
12034318R0012
 
Response Due
5/23/2018 4:00:00 PM
 
Point of Contact
Karen Ruklic, Phone: 208-983-5144
 
E-Mail Address
kruklic@fs.fed.us
(kruklic@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 The objective of the Crooked River Valley Rehabilitation Project is to address the impacts of historical dredge mining on aquatic habitat conditions. The Crooked River Valley Rehabilitation project was designed to be constructed in 4 - 6 Phases with associated work designed as Optional Items. The Phases include building a bypass channel, rebuilding floodplain and river channel, and adding large wood structures. Phase 1 Bypass work was completed in 2016, Phase 2 Bypass work was completed in 2017 and large section of floodplain was treated in 2017 (designed as an Optional Item). The project is being performed on the Red River Ranger District of the Nez Perce Clearwater National Forests in collaboration with the Nez Perce Tribe Watershed Program and funded by Bonneville Power Administration. The project area is located approximately 45 mi east of Grangeville, Idaho. At the junction of Highway 14 and the Crooked River Road (FR 233), travel south for approximately 0.25 mile to the project area. This contract requires completion of Phase 1 of the Crooked River Valley Rehabilitation Project. Phase 1 requires construction of 300 feet of bypass channel, construction of a diversion structure and activating one section of the previously built bypass channel. The contractor shall install a temporary bridge, re-grade approximately 22 acres of floodplain, import fill material from an existing staging area, and construct 4,200 feet of new river channel with pools, riffles and channel features. During channel construction, riverbed fill and stream bank material may need to be sorted or screened to meet gradation specifications if suitable material is not found. The floodplain re-grading will require moving and reshaping approximately 50,200 cubic yards of mine tailings on site and importing approximately 6,200 cubic yards of tailings from the staging area to meet grading requirements and final floodplain slope. Depressions, swales, side channel and wetland features shall also be constructed. Unsuitable floodplain material shall be sorted if necessary to meet proper material gradations. Slash salvaged from the work area and already stockpiled at the staging area will be spread on approximately 10 acres of floodplain to provide roughness. Government lead fish salvage operations will occur in over one mile of river channel and within approximately 20 existing pools. The government estimates that this operation will take approximately 5 days. The Contractor shall assist the government in its fish salvage efforts by reducing flows in the main stem of Crooked River, pumping large pools, and maintaining low turbidity levels. In addition, the contractor shall excavate the plug to the bypass channel and construct a temporary diversion structure to reduce flow in the main channel. The contractor shall perform survey and construction staking incidental to the work items required. The contractor shall furnish all labor, equipment, structures, supervision, transportation, operating supplies (except those designated at Government-furnished), and incidentals necessary to complete the project as required by the contract, plans, and specifications. An additive bid item will be included to solicit prices for the construction of large woody debris structures. Award of this work will be made concurrent with award of the base items of work; the number of structures awarded under this item shall be dependent on the funds available but would not exceed 19 structures. The Government's construction estimate is between $500,000 and $1,000,000. A formal pre-bid tour will be held; details will be provided in the solicitation. It is anticipated that the full solicitation with complete technical specifications and drawings shall be issued in mid-April. Construction work shall commence approximately July 1, 2018; all work shall be completed by October 31, 2018. All in-stream work to dewater the main channel and activate the bypass channel shall be performed after July 15, 2018. Original bid bonds will be required. The acquisition has been set-aside for small businesses. Solicitation was issued 4/24/18 with offers due 5/23/18. The pre-bid tour was held on 5/8/2018. Attendance list and notes have been provided. Solicitation was amended on 5/15/2018. Offerors shall acknowledge this material amendment and use the revised Schedule of Items B-1 for their price proposals. Deadline for receipt of offers was not extended.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/281/12034318R0012/listing.html)
 
Place of Performance
Address: Red River Ranger District, 300 American River Road, Elk City, Idaho, 83525, United States
Zip Code: 83525
 
Record
SN04922695-W 20180517/180515230554-79cffb3d97909385a7f357526867bcb2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.